Section one: Contracting authority
one.1) Name and addresses
Durham University
South Road
DURHAM
DH13LE
Contact
Chris Slade
christopher.slade@durham.ac.uk
Country
United Kingdom
NUTS code
UKC1 - Tees Valley and Durham
Internet address(es)
Main address
Buyer's address
http://events.transaxions.com/service.aspx?event=6824
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://events.transaxions.com/service.aspx?event=6824
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://events.transaxions.com/service.aspx?event=6824
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Gas Appliance and Mechanical Services Maintenance, Service and Repair
Reference number
OJEU21-003
two.1.2) Main CPV code
- 50531200 - Gas appliance maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The intention of this work is to provide an effective inspection, testing and maintenance/repair service on the gas appliances and associated plant room equipment installed within properties under the ownership/control of the University.
The Service Contractor will ensure appliances are operating safely, efficiently and in accordance with the manufacturer's recommendations.
The Service Contractor shall provide all the necessary plant, labour and materials for the satisfactory execution of this maintenance contract to the approval of the Director of the Estates and Buildings and/or his representative.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC1 - Tees Valley and Durham
Main site or place of performance
Durham University, Science Site, Stockton Road, Durham, DH1 3LE
two.2.4) Description of the procurement
The Service Contractor shall carryout maintenance on the gas appliances detailed in the equipment schedule reference Gas Appliance schedule which forms an appendix to this contract specification document.
The Service Contractor shall provide the following:
• Carry out a full yearly service on each appliance as detailed in the appliance/burner manufacturer's instructions.
• All annual inspections shall include a combustion efficiency test. Variable output boilers should be tested to ensure the combustion is within manufacturers recommendations throughout the range of fire. The Service Engineer shall make the appropriate adjustments to ensure that the appliance(s) is/are operating at optimum efficiency.
• Carry out the appropriate annual gas safety inspection.
• Records - the Service Contractor shall provide a service report and the appropriate gas safety record certificate for each location where an appliance(s) is/are installed.
• Yearly LTHW closed water system sampling and analysis to advise current water treatment levels. A LTHW closed water spreadsheet is included in Appendix B in this tender package. It is a requirement of this contract that the systems highlighted within the pricing schedule are sampled on an annual basis.
• Yearly Inspection/ cleaning of LTHW closed water system plant room strainers (Assume 1 per appliance and one primary).
• Yearly internal inspections and condition reporting on waterside of direct fired water heaters.
• Carry out yearly operational checks on plant room pressurisation units, pumps, expansion vessels serving the heating system (Assume 1 x press unit and 2 x Expansion). It is a requirement of this contract that for the systems highlighted within the pricing schedule an annual Mechanical Services Inspection is completed. An example "LTHW Mechanical Sevices Inspection" spreadsheet is included as an Appendix A in this tender package.
• Yearly testing and certification of RPZ Valves as required (currently 23 installed). To be completed by an engineer with the new RPZ Valve Aim v2 qualification.
• Annual updating of asset register and condition report
• Provide a breakdown/repair call out service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Due for renewal in August 2023, unless extension period(s) invoked.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two further extension periods of 12 months are available, subject to requirement and supplier performance.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2023
six.4) Procedures for review
six.4.1) Review body
University of Durham
Durham
DH1 3LE
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
The authority will award coaching assignments per Lot. Where applicable, the minimum ten (10) calendar day standstill will apply at the point the information on the award of individual contracts is communicated to tenderers (suppliers)
The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal a decision. Timescales for appeals will be detailed in the letter.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the high Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.